Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

66 -- High voltage leak testing system

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1076516
 
Archive Date
9/18/2010
 
Point of Contact
Tamara Williams, Phone: 3018277154
 
E-Mail Address
tamara.williams@fda.hhs.gov
(tamara.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis /solicitation for commercial items prepared in accordance with FAR 13.5 and the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This is a full and open solicitation. The NAICS Code is 423830. The size standard is $25M. This is a firm fixed price contract. The government thinks this may be a sole source requirement but is not certain and is requesting pricing for a High voltage leak testing systems for food package applications. This will be procured as a trade in. If a new model can be provided, please submit quotes with and without trade in prices. The High voltage leak testing system must be capable of (1) not requiring high-frequency electricity, (2) detecting defects in food packages, (3) on-line and non-destructive testing, and (4) instant detection speed of less than 1 sec. (5) must be applicable of the unit to various types of food packages containing different foods has been well validated and documented. The High voltage leak testing system must the following technical specifications: 1. The instrument requires an ability to apply a high voltage (up to 10 kV) into a package through a plate electrode. 2. The instrument requires an ability to detect discharge of current or voltage through a hole in a defective package. 3. It should generate a high voltage with low-frequency electricity to detect micro-leaks that may exist even in metal layered/laminated food packages. 4. The limit of detection sensitivity should be less than 10 um pinhole in food packages with different shapes, such as flexible pouches, cups, trays, and bottles. 5. The instrument should be applicable to packages in direct contact not only with liquid foods but also dry foods. The provisions at FAR 52.212-1 Instructions to Offerors- Commercial Items (June 2008), FAR 52.212-4 Contract Terms and Conditions-Commercial Items- (Mar 2009), and 52.212-2, Evaluation - Commercial Items (Jan 1999) are hereby incorporated by reference and apply to this acquisition. The following factors shall be used to evaluate offers: 1. Technical Understanding and Approach. The technical evaluation will be evaluated to determine if the proposed contractor is capable of providing a High voltage leak testing system that meets the technical capabilities and specifications mentioned in this solicitation. 2. Experience in providing High voltage leak testing systems-offerors must submit supporting documentation that shows experience in providing High voltage leak testing systems. 3. Past performance. Offeror should provide three references of similar efforts performed during the last three years. Include a description of the project, project title, contract number, contract amount, client identification including agency or company name, contracting and technical reviewing official, address and telephone number. Price- Offerors must provide a price quote for the High voltage leak testing system Selection of an offeror for contract award will be based on best value. Evaluation of proposals will be against three technical factors and price. Technical factors are listed above by order of importance. All evaluation factors other than price, when combined are significantly more important than price. In any case, the Government reserves the right to make an award without discussions. Technical proposals are limited to 10 pages. Offerors shall comply with the provision at FAR 52.212-1(b) and submit 1) an electronic copy to Tamara Williams via email at tamara.williams@fda.hhs.gov. 2) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. 3) Quotation. Offeror shall include a completed copy of the provision FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (Jun 2009) which can be accessed electronically from the INTERNET at the following address: https://orca.bpn.gov/. All Offerors responding to this RFQ must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ FAR 52-212-4 Contract Terms and Conditions- Commercial Item (June 2010) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010), 52.212-5(b)(1) Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 2.212-5(b)(34)Restrictions on Certain Foreign Purchases (June 2008), 2.212-5(b)(39) Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 2.212-5(b)(42) Privacy or Security Safeguards (Aug 1996), 52.233-3 Service of Protest (Sept 2006), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), 52.219-16, 52.222-26 Equal Opportunity (Mar 2007), 52.239-1 Privacy or Security Safeguards (Aug 1996). 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989), 52.217-8 Option to Extend Services. Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000)., 52.224-1 Privacy Act Notification (APR 1984), 52.224-1 Privacy Act (APR 1984), 52.227-14 Alt III Rights in Data - General (DEC 2007). Applicable Section 508 standards are 1194.21, 1194.31, and 1194.41. Information about Section 508 is available at http://www.section508.gov/. Each Electronic and Information Technology (EIT) product or service furnished under this contract shall comply with the Electronic and Information Technology Accessibility Standards (36 CFR 1194), as specified in the contract, as a minimum. If the Contracting Officer determines any furnished product or service is not in compliance with the standards, the Contracting Officer will promptly inform the Contractor in writing. The Contractor shall, without charge to the Government, repair or replace the non-compliant products or services within the period of time to be specified by the Government in writing. If such repair or replacement is not completed within the time specified, the Government shall have the following recourses: Cancellation of the contract, delivery or task order, purchase or line item without termination liabilities; or In the case of custom Electronic and Information Technology (EIT) being developed for the Government, the Government shall have the right to have any necessary changes made or repairs performed by itself or by another firm and the Contractor shall reimburse the Government for any expenses incurred thereby. All responsible sources that can provide and meet the above requirement shall submit a written quotation. Questions must be received via email 12 Noon ET on August 30, 2010. Submission must be received via email 12 Noon ET on September 3, 2010. If you have any questions regarding this announcement, please contact Tamara Williams at 301 827-7154 via email tamara.williams@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1076516/listing.html)
 
Record
SN02255698-W 20100828/100826235504-068071f8c1f8e2dcc80cb04c6cc5f3e4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.